Download PUNJAB NATIONAL BANK
Transcript
PUNJAB NATIONAL BANK REQUESTFORPROPOSAL FOR Supply, Installation and Maintenance of Network Intrusion Prevention System (IPS) Information Technology Division Information Security Department Head Office, 5 Sansad Marg, New Delhi - 110 001 Tel: (011)-23765439 23710021 Extn: 159, 230 Fax: (011) - 23321305 23320306 1 TABLE OF CONTENTS S.No. SUBJECT 1 2 3 4 5 6 7 8 9 10 11 12 INTRODUCTION SCOPE OF WORK BIDDING PROCESS PRE-QUALIFICATION CRITERIA FOR BIDDERS FOR IPS- ANNEXURE-I BIDDER’S INFORMATION – ANNEXURE-II EMD PAYMENT DETAILS - ANNEXURE-III SERVICE SUPPORT DETAILS - ANNEXURE-IV PROFORMA FOR PERFORMANCE STATEMENT - ANNEXURE – V COMPLIANCE STATEMENT - ANNEXURE – VI NETWORK IPS –TECHNICAL REQUIREMENTS - ANNEXURE – VII COMMERCIAL DETAILS - ANNEXURE – VIII SUPPLY TERMS AND CONDITIONS - ANNEXURE IX 2 PAGE NO. 5 6 9 14 15 16 17 18 19 20 22 23 Tender for supply, installation & maintenance of Network Intrusion Prevention System (IPS) Date of commencement of Bidding Process 12/12/2014 1. Last date and time for receipt of queries for 19/12/2014 till 1700 HRS 2. clarification from bidders Last date and time for downloading of Bidding 02/01/2015 till 1600 HRS 3. Documents Last date and time for Hash submission and Bid 02/01/2015 till 1600 HRS 4. preparation Last date and time for online Bid submission 03/01/2015 till 1400 HRS 5. Last date and time for Bid submission 03/01/2015 till 1400 HRS 6. Place of opening of Bids Punjab National Bank, 7. Information Technology Division, 2nd floor, HO, 5 SansadMarg,New Delhi – 110 001 Place for Submission of Bid The Chief Manager 8. Punjab National Bank, IT Procurement Department, I.T. Division, HO: 5 Sansad Marg, New Delhi 110 001 Address for communication As above 9. Tel:- (011) 23765439/23710483 23710021 Ext: 159, 230 Fax:- (011) 23321305 Earnest Money Deposit Rs.2Lac should be submitted onlinebeforelastdate of 10. bidsubmission or in the form of BankGuarantee (BG) in favour of Punjab National Bank, IT Divisionpayable at New Delhi. BG should be valid up to 6 months from the date of submission. IFSC Code : PUNB0015300 Bank&Branch : Punjab National Bank, Sansad Marg, New Delhi -110 001 Account No. 0153002100567220 ( 16 digits) Imprestaccount – HO IT Division Rs.5000/- (Non refundable) should be submitted 11. Cost of RFP onlineonlyin favour of Punjab NationalBankbeforelastdate of bidsubmission in the following account: IFSC Code : PUNB0015300 Bank&Branch : Punjab National Bank, Sansad Marg, New Delhi -110 001 Account No. 0153002200175673 ( 16 digits) Imprestaccount – HO IT Division Interested Bidders are requested to send the email to 12. Contact to Bidders [email protected],[email protected],[email protected] o.in containing following information, so that in case of any clarification the same may be issued to them: (a)Name of Bidder, (b)Contact person, (c)Mailing address with Pin Code,(d)Telephone No., Fax No., Mobile No.(e) e-mail etc. 1) Note: TechnicalBids willbeopened onlineas well as in physicalformbutCommercial bid will be opened online only; Bidders mayview the details through theirterminal using their eprocurement [https://pnbindia.biz] registration login. 2) Vendors, who havenotregistered earlier with e-procurement site, would have to register with our e-procurement site. 3) All the technical supporting documents should be given in physicalform only. 3 To The Chief Manager I T Procurement Department Punjab National Bank I.T. Division, HeadOffice New Delhi Sir Reg.: Our bid for the Supply, Installation and Maintenance of Network Intrusion Prevention System (IPS) at Data Centre, Delhi. We submit our Bid Documents herewith. We understand that You are notboundtoaccept the lowestoranybidreceivedby you, and you mayrejectall or any bid. If our Bidfor the abovejob is accepted, we undertaketoenterinto andexecuteat our cost, when called upon by the purchaser to do so, a contract in the prescribedform. Till such a formal contract is prepared and executed, this bid shall constitute a binding contract between us and bank. If our bid is accepted, we are responsiblefor the dueperformance of the contract. You mayacceptorentrust the entireworkto one Bidder or divide the work to more than one bidder without assigning anyreason or giving any explanation whatsoever. Biddermeans the vendor who is decidedanddeclared so afterexamination of commercial bids. The names of shortlisted bidders after the completion of firststage (Technical Bid), and the same of successful bidder(s) to whom the contract is finally awarded after the completion of second stage (Commercial Bid), shall be displayed on the NoticeBoard of the purchaserat Punjab National Bank, InformationTechnology Division, 2nd Floor, HeadOffice, 5, Sansad Marg, New Delhi-110001. Dated at ____________this _______________ day of __________ 2014 Yours Sincerely For ______________________ Signature: ________________ Name: ___________________ 4 1. INTRODUCTION: Punjab National Bank (PNB) has taken many IT initiatives. Bank has Computerized 100% of its branches and has implemented a Centralized Banking Solution (CBS) with Data Centre at New Delhi and Disaster Recovery Site at Mumbai. The centralized Banking Solution covers all the 6000 plus SOLs (Service Outlets), which are connected to the Data Centre and DRS through an Enterprise Wide Network. The mode of connectivity to the branches/offices is a combination of Leased Lines, ISDN Lines VSATs, Radio Links, PSTN and other forms of connectivity, which may emerge in the near future. Punjab national Bank also have a setup for Exchange, Alternate Delivery Channels services like Internet Banking, ATM, POS, Payment gateway , Mobile banking, Kiosks etc. Besides these services, there are interfaces with applications and networks used by different institutions like NPCI, MTNL, Customs, RBI, CIBIL, NSDL and other institutions wherever required. Applications from multiple vendors for different internal requirements of Bank are also in use. All the applications are having DRS setup. Bank has also implemented Security Operation Centre (SOC) and integrated the servers / devices for log analysis and monitoring of servers / devices installed across the bank network. Bank has implemented Enterprise Data Ware House Project to provide better access to information, to foster better and more informed decision-making, besides providing statutory reporting and MIS for the bank. The Operating Systems used in Different applications include different flavors of Unix like (Solaris, AIX, SCO, Linux etc.), flavors of Windows, Novell Netware, Tandem, DOS etc. The Data bases include Oracle, MS SQL, Access, FOXPRO, Sybase etc. To Secure the Network, Communications, Systems, Application software, Data bases, Data, Information etc. and to ensure the availability of resources including the network to authorized users without any disruption or degradation, the bank plans to utilize the services of Information Security Integrator, who has the requisite skills, experience and expertise in implementing, maintaining, monitoring and managing a robust security framework as per the Information Security standards. The Enterprise Wide Network is maintained by Bank’s Network Integrator and the security measures are already enforced at various levels (Application Security, Network Security, Database Security, OS Security, Access Controls, Physical Security etc.). All these security measures are in place in congruence with the Bank’s Information Security Policy, Business Continuity & Disaster Recovery Plans & various other regulatory compliances. To further strengthen the Security Infrastructure, the Bank has already got accreditations from International Certifying Authorities like BSI (ISO:27001) to implement the functional & operational controls at par with the best in the Industry. 2. Purpose of The RFP: This document is a Request for Proposal (RFP) for supply, install and configure and maintaining the Intrusion Prevention System (IPS) at Data Centre, Delhi. This document provides security requirements of the Bank at Data Centre Site, Delhi. 5 3. Eligibility Criteria: This invitation of Bids is open to all Original Equipment Manufacturers having registered offices in India who fulfills the minimum qualification criteria as follows: I. The bidder should have national presence and should be engaged in similar business in India at least for last 3 years. II. The bidder should have local service support available in NCR Region III. The bidder should have implemented at least 4 similar kind of solutions in last 3 years out of which 1 should be of the quoted make. IV. Reference site: The bidder should have experience of implementing Information Security solution of similar scope & size. All such installations should be operational for more than six months. Documents to prove the same should be enclosed along with the proposal. The Purchaser may visit reference site, if required. V. The bidder should be the Original Equipment Manufacturer (OEM) or their authorized representative in India. In case of authorized representative a recent letter of authorization to this effect from OEM must be furnished. This letter should specify that in case authorized representative is not able to perform obligations as per contract during contract period, the Original Equipment Manufacturer should provide the same. VI. The annual turnover of the firm should have been minimum Rs.10Crores in each of the last 3 financial years. VII. The bidder should have positive net worth in last financial year audited balance sheet. In case of authorized representative a letter of authorization to this effect from OEM must be furnished. Joint bid will not be accepted by Bank. Please note that bidders who have not satisfactorily completed any of the earlier contracts with Punjab National Bank shall not be eligible for participating in the tender. 4. SCOPE OF WORK: To supply, install and configure – Intrusion Prevention Systems including all relevant cables, connectors, Software, subscription, management module and reporting module. Vendor will supply all required hardware, software to deploy all the features of the product with no additional cost to the Bank. Vendor is to make supply and configuration of appropriate connectors (Copper or fiber) compatible with networking / security equipment’s at Data Centre. Bank may decide to hold Proof of Concept with no obligation to buy at the expense of vendor. Vendor should undertake to provide AMC maintenance support (Post warranty of one year) to equipment and arrange for spare device or parts for a minimum period of 5 years. 6 5. Technical Specification of Network IPS: a. Throughput minimum 10Gbps b. No of ports In-line deployment for 2 networks with 8 interfaces( 4 fiber + 4 Ethernet ) at supply time and should be expandable to total 4 networks with 16 interfaces ( 8 fiber + 8 Ethernet ) in in-line mode c. Dual (Redundant) Power Supply d. Capable of inspecting SSL traffic e. Internal or external bypass unit. (Preferred internal) f. Typical Latency less than 1 millisecond g. Total concurrent sessions minimum 10,00,000 h. Connections per second minimum 60,000 i. Active-Active or Active-Passive Stateful Redundancy capability. j. IPv6 Compatibility k. Attack Filters l. Categories: - Worm, Phishing, Spyware, Virus, DDoS, Trojan, P2P, VoIP, Backdoor, Reconnaissance, Bandwidth Hijacking, Cross-site scripting, SQL injection etc. m. Protocols and Features (Included, but not limited to) IP, DNS, VLAN, IMAP, TCP, RPC, MPLS, SMB, ICMP, HTTP, FTP, Telnet, SMTP, UDP, E-mail, Script, Syslog, SNMP etc. n. Actions Block, Permit, Log, Alert, Email, Quarantine, Rate Limit o. System Management Command Line Interface p. GUI q. Different types of customized report generations r. Attack and Audit s. Management t. Time (fm - to- ), last one week, last one month u. Severity (high, medium, low) v. Source / Destination w. Migrating /configuring existing IPS policy to the new one x. Should be able to communicate with SQL server(Database) in Banks prescribed format. y. The IPS be purpose built IPS and not an UTM. 6. Training: The successful bidder will be required to hold training for 5 PNB officials/management team for 2 days covering following aspects. Successful bidder would repeat training for 2 days every year till Warranty/AMC. The training shall be conducted at vendor’s location within India at no extra cost to PNB. Basic Concept Configuring as per the different specs Managing Report generations in different customized formats like time wise , severity wise, protocol wise, source/destination etc Log analysis Definition & software version update/upgrade 7 7. RELIABILITY: Since the equipment shall be installed at critical sites, the equipment so offered should be robust and reliable. All components/parts/assemble/software used in the IPS should be original new and no refurbished/duplicate/second hand components/parts/assembly/software shall be used. 8. COST OF BIDDING: The Bidder shall bear all the costs associated with the preparation and submission of its bid and Punjab National Bank, hereinafter referred to as The Purchaser, will in no case be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process. 9. BIDDING DOCUMENT: The Bidder is expected to examine all instructions, forms, terms and conditions in the Bidding Documents. Failure to furnish all information required by the Bidding Documents or submission of a bid not substantially responsive to the Bidding Documents in every respect will be at the Bidders’ risk and may result in the rejection of its bid without any further reference to the bidder. Bidder should strictly submit the bid as per RFP failing which bid will be rejected as non-responsive. 10. AMENDMENT OF BIDDING DOCUMENTS: At any time prior to the last Date and Time for submission of bids, the Bank may, for any reason, modify the Bidding Documents through amendments at the sole discretion of the Bank. All amendments shall be uploaded on the Bank’s websites (www.pnbindia.in and https://pnbindia.biz ) and will be binding on all who are interested in bidding. In order to provide prospective Bidders a reasonable time to take the amendment if any, into account in preparing their bid, the Bank may, at its discretion, extend the deadline for submission of bids. 11. PERIOD OF VALIDITY: Bid shall remain valid for 180 days from last date of submission of bid prescribed by PNB. A bid valid for shorter period shall be rejected by the purchaser as non-responsive. 12. LATE BIDS: Any bid received by the Bank after the deadline for submission of bid will be rejected. Bidders who have already logged in to our system for filling the documents on line at schedule date & time and are not successful in completion of activity within the scheduled time will be granted extra 4 hours for doing so. Any bidder who is not logged into our e-procurement system will not be granted any extra time. 13. BID CURRENCIES: Prices shall be expressed in the Indian Rupees only. 8 14. BIDDING PROCESS (TWO STAGES): For the purpose of the present job, a two stage bidding process will be followed. The response to the present tender will be submitted in two parts: Technical bid Commercial bid The bidders will have to submit the technical bid in banks e-procurement system as well as in hard copy and commercial bids in only online form through bank’s e-procurement system. a) TECHNICAL BID: TECHNICAL BID will contain all the supporting documents regarding eligibility criteria, scope of work, Technical aspects, Compliance statement and Terms & Conditions etc. mentioned in the RFP, and NOT contain any pricing or commercial information at all. Technical bid documents with any commercial information will be rejected. In the first stage, only TECHNICAL BIDs will be opened and evaluated. Only those bidders confirming compliance to all the terms & conditions of RFP document shall be short-listed for commercial stage. b) COMMERCIAL BID : In the second stage, the COMMERCIAL BID of only those bidders, whose technical bids are short listed, will be opened. 15. Performance Bank Guarantee: The successful bidder hastosubmit the PerformanceBank Guarantee, detailed as under: a) The PerformanceBankGuaranteewillbe of 10 % of Purchase Order valid for the period of Warranty + AMC Support from the date of Installation of IPS Device. It will be submitted centrally at HO-ITD level. b) Incase vendor submits anyfalseinformation or declarationletterduring the tenderprocess or period of rate contract, Bank shall invoke the EMD/ Performance Bank Guarantee submitted by the biddertorecover penalty/damages. In case vendor fails to perform the contract, Bank shall invoke the Performance Bank Guarantee to recover penalty/damages. c) EMD Money of un-successful bidders willbe returned on completion of rateapprovalprocess whereas EMD of successful bidder will be returned on submission of the PerformanceBank Guarantee. No interest will be paid on EMD. 16. SUBMISSION OF BIDS: Bidders are required to strictly submit their bids in electronic form using the e-procurement system at https://pnbindia.bizthe Bank by using their digital certificates of class II and above (both encryption 9 and signing). All the interested bidders should register themselves in the e procurement system https://pnbindia.biz for submitting the bids online, if they have not done earlier. The RFP document and further corrigendum, if any can also be downloaded from bank’s website www.pnbindia.in. Bids received after closing of the bid in the e-procurement system are summarily rejected without any reason. The commercial bid should be submitted online only. All the technical supporting documents should be submitted manually before the final date & time of bid submission at the following address. The Chief Manager Punjab National Bank, IT Procurement Department, I.T. Division, HO: 5 Sansad Marg, New Delhi 110 001 At the time of physical submission of bid, bidder has to show acknowledgement e-mail received after completion of the bid submission in proof of having submitted the bid online. 17. DEADLINE FOR SUBMISSION OF BIDS: Bids must be submitted not later than the specified date and time mentioned in the Bid Document. If the specified date of submission of bids being declared a holiday for the Purchaser, the bids will be received up to the specified time in the next working day. The Purchaser may, at its discretion, extend this deadline for submission of bids by amending the bid documents, in which case all rights and obligations of the Purchaser and bidders, previously subject to the deadline, will thereafter be subject to the deadline extended. All the correspondence should be addressed to Bank at the following address. The Chief Manager Punjab National Bank, IT Procurement Department, I.T. Division, HO: 5 Sansad Marg, New Delhi 110 001 Please note that HASH SUBMISSION is a mandatory activity, failing which bidder will not be able to submit the bid. For details you may visit our e-Procurement Site https://pnbindia.biz . 18. CONTACTING THE PURCHASER: Any effort by a bidder to influence the Purchaser in evaluation of the purchaser's bid, bid comparison or contract award decision may result in the rejection of the Bidders' bid. Purchaser's decision will be final and without prejudice and will be binding on all parties. 19. PURCHASERS RIGHT TO ACCEPT OR REJECT ANY BID OR ALL BIDS: The Purchaser reserves the right to accept or reject any bid and annul the bidding process or even reject all bids at any time prior to award of contract, without thereby incurring any liability to the affected bidder or bidders or without any obligation to inform the affected bidder or bidders about the grounds for the purchaser's action. The Purchaser reserves the right to accept or reject any technology proposed by the vendor The Purchaser reserves the right to select more than one vendor keeping in view its large requirements. 10 20. LIST OF SUPPORTING DOCUMENTS TO BE SUBMITTED: The bidder shall submit all the annexure forms online on e-Procurement system and should submit all the supporting documents in physical form with the Bank before the bid submission date and time. Supporting Documents required to be submitted physically are: I. II. III. IV. V. VI. VII. VIII. Bidders Response Letter (duly signed along with seal) Supporting documents in respect of minimum qualification criteria. Satisfactory performance certificate of deployed device from organization who procured it. Any other document indicating the feature of the product ISO Certification document, if any Last two years audited balanced sheet and profit and loss account statement. Bid Earnest Money in the form of on line mode or BG. Power of attorney /Board Resolution, in the name of bid signing official and valid on the date of bid submission Note: Bank may ask for any other document on its discretion. 21. BID OPENING AND EVALUATION: In the event of the specified date of bid opening being declared a holiday for purchaser, the bids shall be opened at the specified time and place on next working day. In the first stage, only TECHNICAL BID will be opened and evaluated. Those bidders satisfying the technical requirements as determined by the Bank and accepting the terms and conditions of this document shall be short-listed. In the second stage, the COMMERCIAL BID of only those bidders, whose technical bids are short-listed, will be opened. The Purchaser reserves the right to accept or reject any technology proposed by the bidder without assigning any reason thereof. Decision of the Purchaser in this regard shall be final and binding on the bidders. 22. CLARIFICATIONS OF BIDS: To assist in the examination, evaluation and comparison of bids the purchaser may, at its discretion, ask the bidder for clarification and response shall be in writing and no change in the price or substance of the bid shall be sought, offered or permitted. 23. PRELIMINARY EXAMINATION: The Purchaser will examine the bids to determine whether they are complete, whether any computational errors have been made, whether required information have been provided as underlined in the bid document, whether the documents have been properly signed, and whether bids are generally in order. Bids from agents without proper authorization from the manufacturer as per authorization form shall be treated as non-responsive. Arithmetical errors will be rectified on the following basis. If there is a discrepancy between unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and total price shall be corrected. If the supplier does not accept the correction of the errors, its bid will be rejected. If there is discrepancy between words and figures, the amount in the words will prevail. 11 The bid determined as not substantially responsive will be rejected by the purchaser and may not be made responsive by the bidder by correction of the non-conformity. The purchaser may waive any minor informality or non-conformity or irregularity in a bid, which does not constitute a material deviation, provided such waiver does not prejudice to affect the relative ranking of any bidder. 24. ACCEPTANCE TEST OR FACTORY INSPECTION: Bank may conduct the pre-dispatch inspection to ascertain their configuration and quality before supply. Bank shall also be free to carry out such inspection as and when required by the Bank. The bidder shall make all necessary arrangement for this purpose.Bank will bear all the expenses for pre-dispatch inspection viz.travel, boarding and lodging etc. 25. EVALUATION CRITERIA: The L1 bidder will be decided on the basis of cost quoted by the bidder in the commercial offer (Annexure-VII). In case of two or more bidders being technically eligible, bank may exercise option of reverse auction. 26. SIGNING OF CONTRACT: The successful bidder(s) shall be required to enter into a contract with PNB, within 7 days of the award of the tender or within such extended period as may be specified by the purchaser. The rate contract will be valid for ONE YEAR from the date of opening of bid, unless terminated by the purchaser. 27. GOVERNING LAW AND DISPUTES (Applicable to the successful bidders only): All disputes or differences whatsoever arising between the parties out of or in relation to the construction, meaning and operation or effect of these Tender Documents or breach thereof shall be settled amicably. If, however, the parties are not able to solve them amicably, the same shall be settled by arbitration in accordance with the applicable Indian Laws, and the award made in pursuance thereof shall be binding on the parties. The Arbitrator/Arbitrators shall give a reasoned award. Any appeal will be subject to the exclusive jurisdiction of courts at Delhi. The vendor shall continue work under the Contract during the arbitration proceedings unless otherwise directed in writing by the Bank or unless the matter is such that the work cannot possibly be continued until the decision of the arbitrator or the umpire, as the case may be, is obtained. The venue of the arbitration shall be Delhi. 28. USE OF CONTRACT DOCUMENTS AND INFORMATION: The supplier shall not, without the purchaser’s prior written consent, make use of any document or information provided by Supplier in Bid document or otherwise except for purposes of performing contract. Successful bidder has to sign Bank's approved Non-Disclosure Agreement (NDA). 29. PATENTS RIGHTS: 12 The supplier shall indemnify the purchaser against all third party claims of infringement of patent, trademark or industrial design rights arising from use of the Goods, or any part thereof in India. - - - - The supplier shall, at their own expense, defend and indemnify the Bank against all third party claims or infringement of intellectual Property Right, including Patent, trademark, copyright, trade secret or industrial design rights arising from use of the products or any part thereof in India or abroad. The supplier shall expeditiously extinguish any such claims and shall have full rights to defend itself there from. If the Bank is required to pay compensation to a third party resulting from such infringement, the supplier shall be fully responsible therefore, including all expenses and court and legal fees. The Bank will give notice to the Supplier of any such claim without delay, provide reasonable assistance to the Supplier in disposing of the claim, and shall at no time admit to any liability for or express any intent to settle the claim. The Supplier shall grant to the bank a fully paid-up, irrevocable, non-exclusive license throughout the territory of India or abroad to access, replicate and use software (and other software items) provided by the supplier, including-all inventions, designs and marks embodied therein in perpetuity. 30. ASSIGNMENT: The supplier shall not assign, in whole or in part, its obligations to perform under the contract, except with the Purchaser’s prior written consent. 31. DELAYS IN THE SUPPLIER’S PERFORMANCE: Delivery of the goods and performance of the Services shall be made by the supplier in accordance with the time schedule specified by purchaser. Any delay in performing the obligation by the supplier will result in imposition of liquidated damages and/or termination of rate contract for default. 32. LIQUIDATED DAMAGES: If supplier fails to deliver any or all goods or perform services within stipulated time schedule, the purchaser shall, without prejudice to its other remedies under the rate contract, deduct from the ordered price, as liquidated damages, a sum equivalent to 1% of the price for each week of delay until actual delivery of the goods or until the cancellation of order upto a maximum of 10%. The purchaser has right to cancel the order in case delivery/services not affected within stipulated time schedule. The purchaser is entitled to withhold (deduct) from the purchase price or any other amount which is due to supplier from this contract or any other contract. 33. Guidelines for Reverse websitehttps://pnbindia.biz Auction are available in our e-procurement 34. LIMITATION OF LIABILITY: Vendor’s aggregate liability under the contract shall be limited to a maximum of the contract value. This limit shall not apply to third party claims for IP Infringement indemnity Bodily injury (including Death) and damage to real property and tangible property caused by vendor/s’ gross negligence. For the purpose for the section, contract value at any 13 given point of time, means the aggregate value of the purchase orders placed by bank on the vendor that gave rise to claim, under this tender. Vendor shall not be liable for any indirect, consequential, incidental or special damages under the agreement/ purchase order. Annexure-I Pre-Qualification Criteria for Bidders for IPS: The minimum pre- qualification criteria for the bidders are as under: Sl. Pre-Qualification Criteria 1 The bidder should have national presence and should be engaged in similar business in India at least for last 3 years. The bidder should have local service support available in NCR Region The bidder should have implemented at least 4 similar kind of solutions in last3 years out of which 1 should be of the quoted make. Reference site: The bidder should have experience of implementing Information Security solution of similar scope & size. All such installations should be operational for more than six months. Documents to prove the same should be enclosed along with the proposal. The Purchaser may visit reference site, if required. The bidder should be the Original Equipment Manufacturer (OEM) or their authorized representative in India. In case of authorized representative a recent letter of authorization to this effect from OEM must be furnished. This letter should specify that in case authorized representative is not able to perform obligations as per contract during contract period, the Original Equipment Manufacturer should provide the same. The annual turnover of the firm should have been minimum Rs.10Crores in each of the last 3 financial years. The bidder should have positive net worth in last financial year audited balance sheet. 2 3 4 5 6 7 Compliance (Yes/No) Signature & Seal of Company Supporting Document for PRE QUALIFICATION FOR BIDDER: 1. All the interested bidders are requested to upload the supporting document in eProcurement system andalso present the same in physical form in Technical bid at bid submission time. 14 2. Please enclose documentary proof for all the above criteria. In absence of these, the bids will not be considered for further evaluation. No further correspondence will be entertained in this case. Annexure II BIDDERS INFORMATION: Name: Constitution: Address: Initial & Full Signature of the person signing the bid documents: Contact Person(s) ______________________________________ Telephone, Fax, e-mail _________________________________ Number of years of experienceinNetwork system _________ Please givebrieffinancialparticulars of your firmfor the last2 years along with the volume of business handled. (The informationwillbekept confidential) Year Net worth Total Turnover Revenue earned 2012-13 2013-14 Please submit the last two financial year balance sheet details viz., 11-12 & 12-13 in case it is not available for the financial year 2013-14. Is company ISO Certified? If yes, provide information along with true copy of certificate. ________________________________________________ Signature Seal of Company 15 Annexure III EMD Payment Details: Formula Description : ITD EMD Two Lakh only Fee Based on Vendor Category : No Currency Based Rates : Yes Is Percent Based Computation Applicable : No Is Slab Based Computation Applicable : No Sr.No 1 Currency INR Amount 200000 16 Annexure IV Service Support Details: Location: address Location: Status of officeNumber ofNumber ofStock of IPS Telephone/Fax working daysMaintenance Maintenance spares/consumabl No and hours Engineers Staff employed es, if any employed Add as many rows you want to add 17 Annexure V Proforma for Performance Statement: Order Placed by (Full Address of Purchaser) Order No. and Date Description and Qty of ordered Equipment Value of Order Date of Completion Remark/ Reason for late delivery Performance of Check IPS Equipment List (Attach Certificate from customers ) Add as many rows you want to add Supporting Document for ISO Certificate NOTE :- All the interested bidders are requested to upload the supporting document in eProcurement system and also present the same in physical form in Technical bid at bid submission time. 18 Annexure VI COMPLIANCE STATEMENT DECLARATION Please note that any deviations mentioned elsewhere in the bid will not be considered and evaluated by the Bank. Bank reserve the right to reject the bid, if bid is not submitted in proper format as per RFP. Compliance Description Terms and Conditions We hereby undertake and agree to abide by all the terms and conditions including all annexure, corrigendum(s) etc. stipulated by the Bank in this RFP. (Any deviation may result in disqualification of bids). We certify that the systems/services offered by us for tender conform to the specifications stipulated by you with the following deviations Technical Specification Compliance (Yes/No) Remarks/ Deviations (If left blank it will be construed that there is no deviation from the specifications given above) 19 Annexure VII Network IPS –TECHNICAL REQUIREMENTS IPS Make & Model quoted: S.no REQUIRED FEATURES Complianc e (Yes / No) 1. Support available for quoted make model from OEM for 6 years from Purchase date 2. 3. 4. Third party IPS Certification Throughput minimum 10Gbps& above Minimum 8 physical ports (Interfaces) (4 Fiber + 4 Ethernet ) at supply time Scalability Minimum 16 physical ports Minimum two networks in in-line mode at supply time Scalability Minimum four networks in in-line mode Redundant (Dual) Power Supply Bypass unit Internal / External (Fail-open) 5. 6. 7. 8. 9. 10. IPv6 Compatibility 11. Typical Latency time less than one millisecond 12. Total minimum 10,00,000 concurrent sessions 13. Connections minimum 60,000 sessions per second 14. Active-Active Stateful Redundancy capability 15. Active-Passive Stateful Redundancy capability 16. List of Attack Filters as given in tech specs supported: Categories: - Worm, Phishing, Spyware, Virus, DDoS, Trojan, P2P, VoIP, Backdoor, Reconnaissance, Bandwidth Hijacking, Cross-site scripting, SQL Injection etc. 17. Protocols and Features(Included, but not limited to) IP, DNS, VLAN, IMAP, TCP, RPC, MPLS, SMB, ICMP, HTTP, FTP, Telnet, SMTP, UDP,E-mail, Script, Syslog, SNMP etc. 18. Actions as given in tech specs supported: Block, Permit, Log, Alert, Email, Quarantine, Rate Limit 20 Remarks Undertaking from OEM, for making support available for 6 years. If external bypass unit include price and all accessories details. 19. System Management : Command Line Interface 20. System Management : GUI 21. Provide reports based on 1. Security event risk level, 2. Date/time, 3. Event name 4. Source IP 5. Destination IP 6. Response Taken 7. Sensor Identity 8. Severity, etc 22. Reports customizable by user 23. Ability to Manage Multiple IPS Sensors (host/network) 24. The Console shall provide the following Sensor management capabilities. 1. Start/Stop Managing 2. Start/Stop Monitoring 3. Acquire/Release/Revoke master control 4. Start/Resume/Shutdown operations 5. Apply or Uninstall updates to IPS software/attack signatures 6. Add/Remove/change Encryption providers/keys 7. Add/Remove Files 8. Apply Active Responses 9. Apply Policies 25. Communication among IPS components must be authenticated/encrypted 26. Must log raw data 27. Capable of inspecting SSL traffic Include in the price, if any, for all accessories/licenses. Note: The bidder should provide compliance statement for all the above specifications of technical requirements against each item. All relevant product information such as user manual, technical specifications sheet etc should be submitted along with the offer. Failure to submit this information could result in disqualification of the bid. Hard copy of supporting documents or documentary proof for all the above criteria should be submitted to the Chief Manager-Hardware Department, PNB ITD HO, 5, Sansad Marg, New Delhi. 21 ANNEXURE VIII COMMERCIAL DETAILS S . N o. 1 2 Hardware/Software Type of Requirem ent Intrusion Prevention Systems – IPS (including all required HW/SW Hardware & Software, management module and reporting module) Comprehensive AMC HW/SW of the above hardware/software/AT S/License renewals for 5 years post warranty. Required Numbers One 1st year 2ndyear 3rdYear 4th year 5th year 22 Price * TOTAL PRICE *The prices are inclusive of all Taxes, Statuary levies etc. except Sales Tax/VAT, Service tax, Octroi/Entry Tax, which will be paid on actual basis. Signature Seal of Company ANNEXURE IX SUPPLY TERMS AND CONDITIONS 1. ACCEPTANCE OF ORDER: Bank has a right to cancel the order if the same is not accepted within a period of 7 days from the date of the order. 2. TAXES: The prices are inclusive of all Taxes, Statuary levies etc. except Sales Tax/VAT, Service tax, Octroi/Entry Tax, which will be paid on actual basis. 3. DELIVERY AND INSTALLATION: The system is to be delivered withinfourweeks time from the date of Purchase Order. Installation to be completed within next one week. The point of delivery/ destination will be PNB-HO-IT Division: HO:5, Sansad Marg, New Delhi-110001 For this purpose delivery means: Delivery of all the ordered equipment at the site along with the set of document/CDs on operational use of the equipment, one set of CD/DVD containing the original system software and all the relevant documentation of the system add on utilities as specified in the orders. 23 4. PENALTY: a) Penalty at the rate of 1% per week of order value will be charged for late delivery and late installation. Maximum penalty will be 10% of order amount. For this purpose the period will commence from the date of order up to the date of last item delivered. The bank reserves the right to cancel the order in case delivery is not affected within the stipulated time. b) The enterprise wide network and critical servers at Data Center, Disaster Recovery Sites, Zonal Network Center, Circle Network Center, Circle Offices/Branches and other location should not face any downtime due to Hardware failure, upgrades, security breach, security incident, improper configuration of security units/ appliances/ components. Its uptime to be as follows: 99.75% ( on half-yearly basis ). Below 99.75%, for each downtime of 0.1%, penalty of 1% of yearly AMC amountprovided the penalty amount shall not exceed 10%. 5. ACCEPTANCE TEST: The system is subject to an Acceptance test. Vendor has to arrange one Engineer at the site at the date and time mentioned by the Bank to assist in the acceptance test. 6. PAYMENT TERMS: 70% after delivery and installation. 30 % after 2 months with satisfactory work from the date of installation (or) after acceptance report has been signed by Bank / Security Integrator and on production of Performance Bank guarantee (as mentioned in clause 15) valid for the period of Warranty/AMC Support. 7. INSURANCE: Vendor will get the Insurance cover, for all risk, upto the installation of the system or upto 60 days after delivery of system, in case installation is delayed due to Bank. The cost of the same will be borne by the vendor. Vendor has to submit a copy of the bills so that the Bank may get a new insurance cover after the delivery of the system. 8. WARRANTY: All hardware, software supplied should cover comprehensive on-site warranty/ Maintenance/ ATS for 12 months from the date of commissioning of the project. This includes updating the latest patches of software, re-configuration, redeployment of application (if required), providing latest version (software subscription) of the software/license etc. Definition update / patch update, upgrade would be done by vendor immediately for critical updates or on monthly basis for normal updates/upgrades The vendor shall be fully responsible for the warranty for all equipment’s, accessories, spare parts etc. against any defects arising from design, material, manufacturing, 24 workmanship or any act or omission of the manufacturer and/or vendor any defect that may develop under normal use of supplied equipment during warranty period. Warranty should not become void if the purchaser buys any other supplemental hardware from third party and install it with/in these machines. However, the warranty will not apply to such hardware items installed. Warranty should cover the following: Service support should be available on 24 x 7 basis The equipment should be attended within4 hours of receipt of complaint. In case problems persist, systems should be replaced within 8 hours of receiving complaint and alternate system should be given till machine is repaired. The replaced equipment should be installed, so that normal job of the Bank may not hamper. Warranty would cover updates/maintenance patches/bug fixes (available from the original software vendor) for system software & firmware patches/bug fixes, if any, for hardware. The vendor should provide on-site preventive maintenance on regular interval. Pro-active product health status check-up (on-site) and submission of report by product expert on yearly basis. The vendor will obtain written acknowledgement from purchaser after completion of warranty period for successful sign off of warranty period. The warranty period will get extended by 3 months for each failure to provide quality service, which is required to be provided by vendor. In case of repetitive hardware failure (two or three times in a quarter) it shall be replaced by equivalent or higher model new equipment by vendor, at no extra cost to Bank. 9. ANNUAL MAINTENANCE CONTRACT: The vendor should quote5 Years AMC/ATS (Post Warranty) within the commercial bid. The scope of AMC will be same as scope of Warranty mentioned in above Para. 10. OBTAINING REQUISITE FORMS LIKE FORM 32 ETC: Requisite form, Like 32, will be responsibility of the vendor. For obtaining the requisite form the vendor will provide the necessary documents i.e. Performa invoice etc. Assistance if any required will be provided by the bank. 11. ORDER PLACEMENT: Orders will be placed after completing the formal process by HO IT Division as per Bank's requirement. The quantities indicated are tentative only and actual quantities may vary depending upon the actual requirement. 25